Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

66 -- Laboratory Broth Microdilution Plates

Notice Date
2/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1069565
 
Archive Date
3/3/2010
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Laboratory Broth Microdilution Plates Solicitation Number: FDA1069565 Response Date: 16 February 2010 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 for 100% small business set-aside. This is a Combined Synopsis/Solicitation for laboratory supplies. The Government intends to award a Firm Fixed-Price Purchase Order for, brand-name or equal as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Background: The FDA needs to purchase custom broth microdilution plates to conduct a standardization trial to establish quality control parameters for antimicrobial susceptibility testing of pathogenic aquatic bacteria. These custom plates will have a unique set of drugs at unique concentration ranges. Custom tubes of microbiological broth are also needed for these tests. The FDA will be collaborating with laboratories in other countries around the world therefore; the plates must be dehydrated to allow for international shipping. In addition, the plates shall be manufactured in a timely manner so they can be ready when our collaborators are available. Broth microdilution plates (aka. panels) are 96-well plates with concentrations of antimicrobial drugs used to test bacteria for their drug sensitivities. The plates are available in two formats: frozen and dehydrated. The dehydrated plates shall follow the guidelines of the Clinical Laboratory Standards Institute (CLSI). The frozen plates are required to validate the dehydrated plates. CLIN 001: Custom MIC Panel – Dried, 10 per box, quantity 150 each. CLIN 002: Custom MIC Panel – Frozen, 10 per box, quantity 20 each. CLIN 003: Shipping/handling. Required specifications: The manufacturer shall provide broth microdilution plates in dried and frozen formats. Need dried plates to accommodate international shipping. Plates shall have a positive and negative control well, and the following drugs and concentration ranges: Enrofloxacin(1 - 0.002 ug/mL)10 dilutions Ampicillin(32 - 0.06 ug/mL)10 dilutions Oxytetracycline(8 - 0.015 ug/mL)10 dilutions Erythromycin(128 - 0.25 ug/mL)10 dilutions Florfenicol(32 - 0.06 ug/mL)10 dilutions Flumequine(4 - 0.008 ug/mL)10 dilutions Ormetoprim/Sulfadimethoxine (4/76 - 0.008/0.15 ug/mL)10 dilutions Oxolinic acid(4 - 0.008 ug/mL)10 dilutions Gentamicin(2 - 0.03 ug/mL)7 dilutions Trimethoprim/Sulfamethoxazole(2/38 - 0.03/0.6 ug/mL)7 dilutions QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 8 February 2010. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria to meet or exceed the requirement’s: 1) Technical Capability, 2) CLSI Standards and 3) Price. Technical Capability when combined with the CLSI Standards is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-5, Covenant Against Contingent Fees (Apr 1984). 52.203-7, Anti-Kickback Procedures (Jul 1995). 52.216-24, Limitation of Government Liability (Apr 1984). 52.216-25, Contract Definitization (Oct 1997) 52.217-4, Evaluation of Options Exercised at Time of Contract Award (June 1988) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 637(d)(4)(F)(i)). 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. 52.233-2, Service of Protest (Sep 2006) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes—Fixed Price Sources intending to provide quotes must provide detailed information indicating their ability to meet the Government’s requirements including that they are CLSI certified. All quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA locations nationwide, yet to be determined. FDA intends to make an award soon after the response date of this notice and all bids and modifications shall be submitted via email and be received by 4:30 PM (1630) EST on 16 February 2010 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1069565/listing.html)
 
Record
SN02054242-W 20100203/100201234636-6adba6a2f76dc41d5b63bef0033a4417 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.